Section one: Contracting entity
one.1) Name and addresses
High Speed Two (HS2) Ltd
High Speed Two (HS2) Ltd, Two Snowhill, Queensway
Birmingham
B4 6GA
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/high-speed-two-limited
Buyer's address
https://hs2.bravosolution.co.uk/web/index.html
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Track Systems
two.1.2) Main CPV code
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.1.3) Type of contract
Works
two.1.4) Short description
This procurement relates to track systems and HS2 Ltd has awarded the following contracts:
1) Delivery contract for Track - Urban (Lot 1 below)
2) Delivery contract for Track – Open Route Central (Lot 2 below)
3) Delivery contract for Track – Open Route North including Birmingham Spur (Lot 3 below)
4) Framework Agreement for Track delivery and other works (see Lot 4 below)
Further information about the scope of works and the lots is set out in the remainder of this Contract Notice.
Economic operators may have only expressed an interest in Lot 4 if they have also expressed an interest in one or more of Lots 1, 2 & 3.
HS2 Ltd invoked an exceptional circumstance detailed in the ITT to award Lots 1, 2 and 3 to a single Tenderer.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,957,000,000
two.2) Description
two.2.1) Title
Track - Urban
Lot No
1
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of the Lot 1 works includes the installation of all track infrastructure within the
Urban geographical area, which includes stations, open route, bored tunnels and cut and-
cover tunnels.
The track infrastructure incorporates the design and construction of:
- resilient and standard cast in-situ slab track;
- standard pre-cast slab track (a separate supply arrangement);
- mainline Switches & Crossings (S&C) units and Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement);
- the above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor);
- buffer stops - a combination of permanent and temporary units to support a phased entry into service;
- track spacing infill to provide drainage continuity to drainage systems installed by others;
- cable containment (troughing), to support the routing of HV and LV cables;
- provision of (and subsequent removal of) a temporary railhead at West Ruislip for used for construction purposes; and
- a permanent maintenance facility at West Ruislip.
The Lot 1 works include the development of the detailed design for all track infrastructure
within the Urban geographical area, and full integration of this design with the works of
others including Main Work Civils and Railway Systems packages. This Lot also includes
the undertaking of static integration testing of the track system, as well as providing onsite
support and facilitation of the dynamic testing phase coordinated by the client.
The Lot 1 works also include Principal Contractor duties under the Construction (Design
and Management) Regulations 2015 for the line of route up to and including the
permanent boundary, plus any railheads or temporary construction compounds required
to support the delivery of the works. This Principal Contractor role requires the provision
of support to the client to manage the integration and prioritisation of construction
activities, as well as the function of administering the Construction Railway Rulebook and
managing the movement of Engineering Trains for itself and others within the working
area.
two.2.5) Award criteria
Cost criterion - Name: Commercial / Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Track - Central
Lot No
2
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of the Lot 2 works includes the installation of all track infrastructure within the
Central geographical area, including through open route, viaducts and cut-and-cover
tunnels.
The track infrastructure incorporates the design and construction of:
- standard pre-cast slab track (a separate supply arrangement);
- mainline Switches & Crossings (S&C) units and 18 Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement);
- the above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor);
- buffer stops - a combination of permanent and temporary units to support a phased entry into service;
- track spacing infill to provide drainage continuity to drainage systems installed by others;
- cable containment (troughing), to support the routing of HV and LV cables; and
- provision of (and subsequent removal of) a railhead at Calvert to be used for construction purposes, which is then subsequently converted into an Infrastructure Maintenance Depot (IMD) for the ongoing maintenance of HS2 Ltd's rail-mounted plant fleet.
The scope of the Lot 2 works includes the development of the detailed design for all track
infrastructure within the Central geographical area, and full integration of this design with
the works of other Railway Systems packages. This Lot also includes the undertaking of
static integration testing of the track system, as well as providing on-site support and
facilitation of the dynamic testing phase coordinated by the client.
The Lot 2 works also include the undertaking of Principal Contractor duties under the
Construction (Design and Management) Regulations 2015 for the line of route up to and
including the permanent boundary, plus any railheads or temporary construction
compounds required to support the delivery of the works. This Principal Contractor role
requires the provision of support to the client to manage the integration and prioritisation
of construction activities, as well as the function of administering the Construction
Railway Rulebook and managing the movement of Engineering Trains for itself and others
within the working area.
two.2.5) Award criteria
Cost criterion - Name: Commercial / Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Track - North
Lot No
3
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of the Lot 3 works includes the installation of all track infrastructure within the North geographical area, including through open route, viaducts and cut-and-cover tunnels.
The track infrastructure incorporates the design and construction of:
- standard pre-cast slab track (a separate supply arrangement);
- High-Speed ballasted track (design and construction), to link the High-Speed infrastructure with the conventional rail national network in the vicinity of Handsacre (north of Birmingham);
- mainline Switches & Crossings (S&C) units and 18 Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement);
- The above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor);
- track spacing infill to provide drainage continuity to drainage systems installed by others;
- 324km of cable containment (troughing), to support the routing of HV and LV cables; and
- provision of (and subsequent removal of) a temporary railhead at Berkswell to be used for construction purposes.
The scope of the Lot 3 works includes the development of the detailed design for all track
infrastructure within the North geographical area, and full integration of this design with
the works of other Railway Systems packages. This Lot also includes the undertaking of
static integration testing of the track system, as well as providing on-site support and
facilitation of the dynamic testing phase coordinated by the client.
The Lot 3 works also includes the undertaking of Principal Contractor duties under the
Construction (Design and Management) Regulations 2015 for the line of route up to and
including the permanent boundary, plus any railheads or temporary construction
compounds required to support the delivery of the works. This Principal Contractor role
requires the provision of support to the client to manage the integration and prioritisation
of construction activities, as well as the function of administering the Construction
Railway Rulebook and managing the movement of Engineering Trains for itself and others
within the working area.
two.2.5) Award criteria
Cost criterion - Name: Commercial / Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Track Systems Framework Agreement
Lot No
4
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
HS2 Ltd has established a multi-supplier framework agreement (FA) alongside the delivery contracts for lots 1, 2 and 3. The scope of work covered by the FA will be: — the works covered by lots 1, 2 and 3 (or the residual elements of those works) in the event of the termination or other failure of those contracts due to contractor default — other parts of the scope of lots 1, 2 and 3 works in the event they are omitted from those contracts for any reasons; — other optional works scope relating to the HS2 Track Systems or wider HS2 Project. HS2 Ltd appointed the following suppliers to the FA: • the successful tenderers for lots 1, 2 and 3 and, in the event they are different entities, • the second highest scoring tenderer for lots 1, • the second highest scoring tenderer for lot 2, and • the second highest scoring tenderer for lot 3. Any call-off contracts under the FA will be awarded following a mini-competition procedure, the rules for which are set out in the full FA. Only those parties appointed to the FA will be eligible to participate in such mini-competitions. There is no guaranteed minimum or maximum value of work to be awarded under the FA and HS2 Ltd reserves the right not to launch any mini-competition or award any call-off contracts under the FA, including for the avoidance of doubt, any call-off contract for all or part of the Delivery contract. HS2 Ltd reserves the right to provide in the FA for its use by any delivery body or other of its contractors or successor body appointed in relation to the HS2 Project to call off the Delivery contract. HS2 Ltd therefore reserves the right for the Delivery contract to be entered into by that delivery body or other contractor or successor body. The Delivery contract: HS2 Ltd reserves the right to award one or more call-off contracts for the Delivery works. The scope of works included within the Delivery includes the following: design and construction of —standard pre-cast slab track (a separate supply arrangement); —standard cast in-situ slab track or optional pre-cast slab track; —mainline switches and crossings (S&C) units and rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any hydraulically bonded layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor); —buffer stops — either permanent or temporary units to support a phased entry into service; —track spacing infill to provide drainage continuity to systems installed by others; —cable containment (troughing), to support the routing of HV and LV cables; — provision of (and subsequent removal of) a railhead at stone to be used for construction purposes, which is then subsequently converted into an Infrastructure maintenance base; — rail served (IMB-R) for the ongoing maintenance of the clients rail-mounted plant fleet. The extent of the Delivery contract scope lot 4 works includes the design and installation of all track infrastructure within the geographical area, incl. through open route.
two.2.5) Award criteria
Cost criterion - Name: Commercial / Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 087-209541
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 January 2025
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Ferrovial BAM Joint Venture
3rd Floor, Building 5, Chiswick Business Park, 566 Chiswick Park
London
W4 5YS
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 January 2025
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Ferrovial BAM Joint Venture
3rd Floor, Building 5, Chiswick Business Park, 566 Chiswick Park
London
W4 5YS
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section five. Award of contract
Lot No
3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 January 2025
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Ferrovial BAM Joint Venture
3rd Floor, Building 5, Chiswick Business Park, 566 Chiswick Park
London
W4 5YS
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section five. Award of contract
Title
Track Systems Framework Agreement
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 January 2025
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Ferrovial BAM Joint Venture
3rd Floor, Building 5, Chiswick Business Park, 566 Chiswick Park
London
W4 5YS
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Colas Rail Limited
25 Victoria Street
London
SW1H 0EX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Rhomberg Sersa UK Limited
Moorgate House Clifton Moor Gate
York
YO30 4WY
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
London
Country
United Kingdom